SOLICITATION NOTICE
56 -- Traffic Impact Doors
- Notice Date
- 9/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- ZIP Code
- 20301-1155
- Solicitation Number
- HQ001509075SV100
- Archive Date
- 10/1/2009
- Point of Contact
- Randall J. Jewett, Phone: 7035886217
- E-Mail Address
-
randall.jewett.ctr@whs.mil
(randall.jewett.ctr@whs.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is HQ001509075SV100 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-30 and Defense Acquisition Circular (DAC) 91-13. The North American Industry Classification System (NAICS): 423450. This acquisition will be unrestricted. Multiple awards may be issued if it is in the best interest of the Government. Contract Line Item 0001- 1 JOB: Furnish and Install four (4) sets of traffic double doors in accordance with the attached Statement of Work. The contractor will furnish, install (F&I) and provide all labor, supervision, tools, equipment and materials to perform the following door and door frame replacements at the Pentagon Federal Building, 1115 Defense Pentagon, Washington, DC 20301-1155. 1. LOCATION: Pentagon Building, Remote Delivery Facility (RDF), RDF Loading Dock at Trash Dumpsters 2. WORK INCLUDED: Perform all work required in Items listed below. Furnish and install 4 sets of Impact Traffic Double Doors and Door Frame Systems, manufactured by Perma Tech Inc., 363 Hamburg Street, Buffalo, New York 14204, Phone 1-800-362-7325, Fax 1-716-854-0774 and Web Site www.permatechinc.com. (OR EQUAL) New door systems shall be Perma Guard Traffic Door Model or government approved equal. The new door system shall meet the United States Postal Service Standard Handbook RE-5 for Building and Site Security Requirements Design Specifications. OR EQUAL SALIENT PHYSICAL CHARACTERISTICS: * Impact double doors and door frame systems shall be required to be installed in existing concrete cased openings. Size of cased openings is approximately 87" high X 72-5/8" width X 8-1/2" wide. The contractor shall make all necessary field adjustments and modifications for proper installation of door systems. * Impact traffic door system shall be double (180 degree) acting swing. * Each door shall be 1-3/4" thick laminated wood core with 16 ga. galvanized steel facing. * Each door leading edge shall have a safety cushioned loop type noising with a integral tab seal. * Each door system shall be fully perimeter reinforced air sealed header, jamb, hardware cutouts and bottom air seal. * Each door shall have 2 high impact door bumpers (1 bumper per door side). Door bumper installation shall be 36" high moulded starting 2" above existing floor slab level. * Each door have a clear vision panel 22" tall x 22" wide x 1/" thick, double glazed, UL Listed burglary resistant polycarbonate window with 3 steel security bars for each window. * Each door shall have 2 security bolts for door header and floor application. * Each door system shall have all required heavy duty installation hardware. 3. WORKMANSHIP: All work shall be performed in accordance with the required State, Local and Federal Government Laws, Regulations and Building Codes. Contractor responsible for all field measurements for proper material installation. 4. DISPOSAL: Disposal all debris off Government property. 5. MATERIALS AND EQUIPMENT: All materials and or equipment shall be new and meet or exceed the current DOD, and industry standards. All materials shall be applied and or installed per manufactures specification. 6. WARRANTY: All parts and equipment will carry a manufacturer's warranty against defects. All labor will be warranted for one year against workmanship and repairs. 7. SCHEDULE: The contractor will provide the Contracting Officer (CO) or Contracting Officer's Representative (COR) with a written work schedule for approval before any work is performed. 8. HOURS OF PERFORMANCE: Normal Working Hours. 9. INSPECTIONS: The contracting officer or his representative will perform, as a minimum, the following progress inspections for completion and acceptance. A. Start up B. Preparation / Removal C. Final 10. PROJECT COORDINATORS: Telephone # 703 697-7351 Project Manger - Robert Stevers Facilities Service Specialist - Donald Bussard Inspector - Mark Lalumondiere and/or Kevin Howell Site visits may be arranged during normal duty hours by contacting: Name: Donald Bussard Address: Pentagon Building Management Office Telephone: 703-697-7351 or 703-693-5884 Please note: Name(s) and vehicle tag number(s) of the individuals attending the Site Visit must be provided a minimum of 24 hours in advance. (c) A site visit is scheduled on Thursday, 10 September 2009 at 9:00 a.m. at Pentagon Metro Entrance. Person(s) attending the Site Visit are requested to arrive at the Metro Entrance to the Pentagon Building 15 minutes prior to the start of the site visit in order to allow time to process through security. The point of contact or his/her representative will meet the prospective offerors and take necessary action to escort them into the Pentagon and to the appropriate site(s). Person(s) attending the site visit will be escorted back to the Metro Entrance at the conclusion of the Site Visit. If quoting "or equal" items please include all physical, functional and performance capabilities. Shipping will be FOB Destination to: DFD/FFD/PBMO; DAVID HOUSER; PENTAGON BUILDING MANAGEMENT OFFICE; ROOM 2E1040 PENTAGON BUILDING; WASHINGTON DC 20302-1155; 703-697-7351; FOB: Destination. Offeror's shall include Tax Identification Number, CAGE Code, DUNS Number, and applicable FSC Codes stated on their quotes. Quotation should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the government. Evaluation criteria are as follows: Quotes will be evaluated on price and technical acceptance. Offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 703-696-8825. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). FAR 52.211-6, Brand Name or Equal Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-1, Buy American Act-Supplies; FAR 52.223-4; Recovered Material Certification FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); FAR 52.232-33, Payment by Electronic Funds Transfer; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection and Receiving Report; The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE ACQUISITION AND PROCUREMENT OFFICE (A&PO) LOCATED AT 1777 NORTH KENT STREET, SUITE 1500A, ARLINGTON, VA 22209 NO LATER THAN 12:00 P.M. E.S.T. ON 16 September 2009. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. Fax Number: 703-696-8825 E-mail: randall.jewett.ctr@whs.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ001509075SV100/listing.html)
- Place of Performance
- Address: Pentagon Federal Building, 1115 Defense Pentagon, Washington, District of Columbia, 30301, United States
- Zip Code: 30301
- Zip Code: 30301
- Record
- SN01939658-W 20090905/090904001125-a74adc9ff5a19956d8947559c94c8573 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |